Loading...
R-12-10-11-G8 - 10/11/2012 RESOLUTION NO. R-12-10-11-G8 WHEREAS, the City of Round Rock desires to have certain recyclable products collected, transported, recycled, and/or disposed of, and WHEREAS, Central Texas Refuse, Inc. has submitted an Agreement for Collection of Recyclables, and WHEREAS, the City Council desires to enter into said Agreement with Central Texas Refuse, K Inc.,Now Therefore BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS, That the Mayor is hereby authorized and directed to execute on behalf of the City an Agreement for Collection of Recyclables With Central Texas Refuse, Inc., a copy of same being attached hereto as Exhibit "A" and incorporated herein for all purposes. The City Council hereby finds and declares that written notice of the date, hour, place and 3 subject of the meeting at which this Resolution was adopted was posted and that such meeting was open to the public as required by law at all times during which this Resolution and the subject matter z hereof were discussed, considered and formally acted upon, all as required by the Open Meetings Act, Chapter 551, Texas Government Code, as amended. RESOLVED this 11th day of October, 2012. ALAN MCGRAW, Mayor City of Round Rock, Texas t ATTEST: SARA L. WHITE, City Clerk 4 O:\wdox\SCClnts\0112\1204\M CIPAL\00259409.D0CX p i EXHIBIT f t F CITY OF ROUND ROCK AGREEMENT FOR COLLECTION OF RECYCLABLES WITH CENTRAL TEXAS REFUSE,INC. THE STATE OF TEXAS § § s CITY OF ROUND ROCK § KNOW ALL BY THESE PRESENTS: § COUNTY OF WILLIAMSON § COUNTY OF TRAVIS § s 4 That this Agreement for collection of certain recyclables, (referred to herein as the "Agreement") is made and entered into on this the day of the month of , 2012, by and between the City of Round Rock, Texas, a home-rule municipality whose offices are located at 221 East Main Street, Round Rock, Texas 78664(referred to herein as the "City"), and Central Texas Refuse, Inc., a Texas corporation whose address is Post Office Box 18685, Austin, Texas 78760 (referred to herein as `'Vendor" or "CTR"). This Agreement supersedes and replaces any previous agreement between the named parties, whether oral or written, and r whether or not established by custom and practice. RECITALS: WHEREAS, City desires to have certain recyclable products collected, transported, recycled, and/or disposed of, such recyclable products specifically being aluminum and certain plastics from City's Deepwood Recycling Center; and WHEREAS, City has issued Solicitation Number 12-021, Specification Numbers i 1- 1 998-15, 11-998-47, 11-998-68, 11-998-75, 11-998-85 dated February 2012, to have such recyclable products collected, transported, recycled, and/or disposed of, and City has selected the offer to provide such services submitted by CTR; and WHEREAS, CTR agrees to provide such services for City on a contractual basis; and WHEREAS, the parties desire to enter into this Agreement to set forth in writing their respective rights, duties, and obligations; NOW, THEREFORE,WITNESSETH: That for and in consideration of the mutual promises contained herein, the parties E mutually agree as follows: t 255648/jkg 4 7 } E t i f F s i 1.01 DEFINITIONS i A. Agreement means the mutually binding legal contract between City and CTR whereby CTR is obligated to provide specified services and perform specified obligations, and City is obligated to perform specified obligations. The Agreement includes the following: (a) { City's Solicitation Number 12-021, Specification Numbers 11-998-15, 11-998-47, 11-998-68, 11-998-75, 11-998-85 dated February 2012; (b) CTR's Response dated March 1, 2012; (c) the contract award; and (d) any exhibits, addenda, and/or amendments thereto, all attached as Exhibit "A" and incorporated herein by reference for all purposes. Any inconsistencies or conflicts in the contract documents shall be resolved by giving preference in the following order: (1) This Agreement; (2) CTR's Response dated March 1, 2012; f (3) City's Invitation for Bids, exhibits, and attachments. t B. City means the City of Round Rock, in Williamson and Travis Counties,Texas. A C. Effective Date means the date upon which the binding signatures of both parties to this Agreement are affixed. D. Force Majeure means acts of God, strikes, lockouts, or other industrial disturbances, acts of the public enemy, orders of any kind from the government of the United States or the'State of Texas or any civil or military authority, insurrections, riots, epidemics, landslides, lightning, earthquakes, fires, hurricanes, storms, floods, restraint of the government and the people, civil disturbances, explosions, or other causes not reasonably within the control i of the party claiming such inability. E. Vendor or Central Texas Refuse or CTR means Central Texas Refuse, Inc., or any of its successors or assigns. 2.01 EFFECTIVE DATE,DURATION, AND TERM i A. This Agreement shall be effective on the date it has been signed by both parties hereto, and shall remain in full force and effect unless and until it expires by operation of the term stated herein, or until terminated or extended as provided herein. B. The initial term of this Agreement is for three (3) consecutive twelve (12) month periods from the effective date hereof. Thereafter, this Agreement may be renewed for two (2) additional periods not to exceed twelve (12) months for each renewal, only upon the express written agreement of both parties and only provided Vendor has performed each and every contractual obligation specified in this Agreement. { C. - City reserves the right to review the relationship at any time, and may elect to terminate this Agreement with or without cause or may elect to continue. 2 Y F�F F f t 4 3.01 COLLECTION REQUIREMENTS; REBATES; ESTIMATED QUANTITIES Any quantities stated in this section represent the best estimate of City's needs. City requires Vendor to provide services for collection, transport, recycling, and/or disposal of the designated recyclables in accordance with Exhibit"A"and as follows: A. Aluminum from City's Deepwood Recycling Center shall be picked up by Vendor on an on-call basis within twenty-four (24) hours following notification by City. Vendor shall pay to City the high side of Waste and Recycling News. City shall pay a fixed haul rate to Wilco Recycling of $155.00 per haul plus nineteen percent (19%) fuel charge, or to Connnercial Metals of$175.00 per haul plus nineteen percent (19%) fuel charge, with no monthly rental charge for 32 t yard self-contained packer units provided by Vendor. Aluminum shall be picked up froin the Deepwood Recycling Center, 310 Deepwood Drive, Round Rock, Texas 78664. Estimated quantities are 5 tons annually. City shall incur no disposal charge for same. B. Plastics (identified in Citv's IFB as 3.2.4 Option #2 Plastics #3-7) from City's Deepwood Recycling Center shall be picked up by Vendor on an on-call basis within twenty-four(24)hours following notification by City. As there is no index k for this commodity, Vendor shall pay to City current market price, which on the date of Vendor's bid was $0.05 per pound. City shall pay a fixed haul rate to Wilco Recycling of$155.00 per haul plus nineteen percent (19%) fuel charge, or to Commercial Metals of $175.00 per haul plus nineteen percent (19%) fuel charge, with no monthly rental charge for 30 yard roll-off container provided by Vendor. Plastics shall be picked up in bales sized 30x30x26" from the Deepwood Recycling Center, 310 Deepwood Drive, Round Rock, Texas 78664. City shall incur no disposal charge for same. City and Vendor agree that there shall be no additional fees whatsoever charged to City €' or passed along to City or passed through to City. The take-point for the designated recyclable products shall be as follows: Deepwood Recycling Center, 310 Deepwood Drive, Round Rock, Texas 78664. x 4.01 VENDOR' S OBLIGATION TO PROVIDE SERVICES r As a continuing obligation, Vendor agrees to collect,transport, recycle, and/or dispose of the designated recyclable products from City in the estimated amounts, from the specified l location, at the specified intervals, and to remit to City agreed payment and/or rebate amounts. In the event Vendor does not collect, transport, recycle, and/or dispose of the agreed quantities of recyclable products, then City may contract for such services elsewhere, and Vendor may be charged the difference, if any. 3 r i i i k F 5.01 VENDOR'S CONTRACTUAL RESPONSIBILITIES A. Vendor agrees to perform all of its contractual responsibilities and obligations in accordance with standards of the industry. Vendor shall use best efforts to supervise and direct its agents or employees competently, efficiently, and safely. Vendor shall adhere and conform to all legal responsibilities related to such collection, transportation and disposal of the recyclable products the subject of this Agreement. B. Vendor agrees to furnish and assume full responsibility for all services, facilities, equipment, materials and incidentals necessary for the proper collection, transport, removal, recycling, and/or disposal of the designated recyclable products the subject of this Agreement. 4 C. Vendor agrees to obtain all permits and licenses, if any, and pay all fees necessary for the proper handling and removal of the designated recyclable products the subject of this Agreement. g D. Vendor hereby affirms and confirms that it has the capability of properly and lawfully handling, removing, and disposing of the designated recyclable products the subject of this Agreement. E. Vendor agrees to coordinate with City's representative listed herein in Section 6.01 to establish pick-up schedules and to discuss and receive approval of any proposed changes. F. Vendor agrees to schedule pick-up of the designated recyclable products at a minimum of the times specified and upon request by City. G. Vendor agrees to provide City's representative with itemized and accurate documentation, in forms acceptable to City, indicating actual weight of materials collected; { pickup route sheets;weight information input into Vendor's system; monthly reports that capture € such information as pickup dates and weight collected for each pickup; and annual tonnage t reports that capture total volume of material recycled for the calendar year, and approximate weights recovered by type of commodity. p H. Vendor agrees to pick-up schedules that occur during City's regular business hours. Vendor shall utilize its own equipment and personnel, and both parties agree that no City equipment or forces shall be used. 6.01 CITY'S DESIGNATED REPRESENTATIVE City designates the following authorized to act in its behalf regarding this Agreement: Tracy L.Herring,Environmental Services Division 2008 Enterprise Drive Round Rock, Texas 78664 Telephone: (512) 218-5559 Fax Number: (512) 341-3316 tracyhRr oundrocldexas.gov i 4 +S r 7.01 RATES AND PAYMENT; PRICE ADJUSTMENTS During the term of this Agreement and any renewals, Vendor agrees to pay City for 4 specified recyclable products taken at the following rates: the high side of Waste and Recycling k News for aluminum,and current market price for plastics. Vendor shall render a separate invoice to City for any hauls made by Vendor, submitting one original and one copy of each statement on a monthly basis to City's representative. Same shall match all records provided to City's representative under Section 5.01(G). City shall pay such invoices to Vendor in accordance with the Texas Prompt Payment Act. Vendor shall have the absolute obligation to pay City for any and all recyclables hauled hereunder, in accordance with this Agreement and/or any statements received from City. All i payments by Vendor to City shall be made payable to the City of Round Rock, Texas, shall be tendered to City's representative designated in Section 6.01, and shall accompany corresponding statements from City and/or City's representative. Pricing adjustments during the term of this Agreement, if any, shall be in accordance with x Part I, Item 9 of City's Request for Proposal under Solicitation Number 12-021, Specification Numbers 11-998-15, 11-998-47, 11-998-68, 11-998-75, 11-998-85 dated February 2012. c C: 8.01 VENDOR'S OBLIGATION TO TAKE Vendor is obligated to take the estimated amounts specified in this Agreement, per twelve-month period. Vendor shall be obligated to pay City based upon such contractual amount. F Vendor agrees that City may pursue any remedy available to it at law or in equity, including but not limited to specific performance of this Agreement and/or any action to recover an amount of damages equal to such contractual amount. 9.01 CITY'S OPTION TO CONTRACT WITH OTHERS Should Vendor fail in its obligations to take the contractual amounts of delineated k recyclable products,then and in that event City reserves its option to contract with other sources. Vendor expressly agrees that, should City exercise its option to contract with other sources and the amount received is at a lower rate, then and in that event City may charge Vendor the difference in price. Such action on the part of City shall not be considered an g exclusive remedy, and shall not waive any other remedies available to City at law or in equity. t 10.01 RIGHT TO ASSURANCE Whenever either party to this Agreement, in good faith, has reason to question the other- party's intent to perfonn hereunder, then demand may be made to the other party for written assurance of the intent to perform. In the event that no written assurance is given within the a 5 • s. f t 6. 3 reasonable time specified when demand is made, then and in that event the demanding party may treat such failure as an anticipatory repudiation of this Agreement. 11.01 DEFAULT Vendor shall be declared in default of this Agreement if it does any of the following: A. Fails to make any payment in full when due; i B. Fails to fully, timely and faithfully perform any of its material obligations under this Agreement; C. Fails to provide adequate assurance of performance under the "Right to Assurance" section herein; or D. Becomes insolvent or seeks relief under United States bankruptcy laws. 12.01 TERMINATION AND SUSPENSION A. City has the right to terminate this Agreement, in whole or in part, for convenience and without cause, at any time upon thirty (30) days' written notice to Vendor. ? B. In the event of any default by Vendor, City has the right to terminate this s Agreement for cause, upon ten (10) days' written notice to Vendor. C. Vendor has the right to terminate this Agreement for cause, that being in the event <' of a material and substantial breach by City, or by mutual agreement to terminate evidenced in i writing by and between the parties. G D. Should Vendor fail to make any payment in frill when due, then, in addition to f any other rights and remedies available to City, City may immediately and without notice_ A suspend any further relationship with Vendor until the amount due has been paid in full. 13.01 INDEMNIFICATION Vendor shall defend (at the option of City), indemnify, and hold City, its successors, assigns, officers, employees and elected officials harmless from and against all suits, actions, legal proceedings, claims, demands, damages, costs, expenses, attorney's fees, and any and all other costs or fees arising out of, or incident to, concerning or resulting from the fault of Vendor, or Vendor's agents, employees or subcontractors, in the performance of Vendor's obligations under this Agreement, no matter how, or to whom, such loss may occur. Nothing herein shall be deemed to limit the rights of City or Vendor (including, but not limited to the right to seek contribution)against any third party who may be liable for an indemnified claim. 6 4 t 4, j, 7 t 4 y 1 14.01 COMPLIANCE WITH LAWS, CHARTER AND ORDINANCES S. Vendor, its agents, employees and subcontractors shall use best efforts to comply with all applicable federal and state laws, the Charter and Ordinances of the City of Round Rock, as amended, and with all applicable rules and regulations promulgated by local, state and national boards, bureaus and agencies. 15.01 ASSIGNMENT AND DELEGATION The parties each hereby bind themselves, their successors, assigns and legal ; representatives to each other with respect to the terms hereof Neither party shall assign, sublet or transfer any interest in this Agreement without prior written authorization of the other party. i 16.01 NOTICES All notices and other communications in connection with this Agreement shall be in writing and shall be considered given as follows: A. When delivered personally to recipient's address as stated in this Agreement; or B. Three (3) days after being deposited in the United States mail, with postage prepaid to the recipient's address as stated in this Agreement. Notice to Vendor: Central Texas Refuse, Inc. Ralph Rocco, General Manager Post Office Box 18685 Austin, TX 78760 Notice to City: i Steve Norwood, City Manager Stephan L. Sheets, City Attorney 221 East Main Street AND TO: 309 East Main Street Round Rock,TX 78664 Round Rock,TX 78664 Nothing contained herein shall be construed to restrict the transmission of routine communications between representatives of City and Vendor. 17.01 APPLICABLE LAW; ENFORCEMENT AND VENUE This Agreement shall be enforceable in Round Rock, Texas, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions x 7 } F i d 4 t herein, exclusive venue for same shall lie in Williamson County, Texas. This Agreement shall be governed by and construed in accordance with the laws and court decisions of the State of Texas. 18.01 EXCLUSIVE AGREEMENT { This document and all appended documents constitute the entire Agreement between City and Vendor. This Agreement may only be amended or supplemented by mutual agreement of the parties hereto in writing. 19.01 SUPPLEMENTAL AGREEMENTS Y 3 The terms of this Agreement may be modified by written Supplemental Agreement hereto, duly authorized by City Council or City Manager action, if City determines that there has been a significant change in (1) the scope, complexity, or character of the services to be I performed; or (2) the duration of the work. Any such Supplemental Agreement must be executed by both parties within the period specified as the term of this Agreement. Vendor shall not perform any work or incur any additional costs prior to the execution, by both parties, of such Supplemental Agreement. Vendor shall make no claim for extra work done or materials furnished unless and until there is full execution of any Supplemental Agreement, and City shall not be responsible for actions by Vendor nor for any costs incurred by Vendor relating to additional work not directly authorized by Supplemental Agreement. 20.01 DISPUTE RESOLUTION City and Vendor hereby expressly agree that no claims or disputes between the parties arising out of or relating to this Agreement or a breach thereof shall be decided by any arbitration proceeding, including without limitation, any proceeding under the Federal Arbitration Act (9 USC Section 1-14) or any applicable state arbitration statute. 21.01 SEVERABILITY The invalidity, illegality, or unenforceability of any provision of this Agreement or the occurrence of any event rendering any portion or provision of this Agreement void shall in no way affect the validity or enforceability of any other portion or provision of this Agreement.Any void provision shall be deemed severed fiom this Agreement, and the balance of this Agreement shall be construed and enforced as if this Agreement did not contain the particular portion or provision held to be void. The parties further agree to amend this Agreement to replace any stricken provision with a valid provision that comes as close as possible to the intent of the stricken provision. The provisions of this section shall not prevent this entire Agreement from being void should a provision which is of the essence of this Agreement be deterniined void. 22.01 INTERLOCAL COOPERATIVE CONTRACTING/PURCHASING Authority for local governments to contract with one another to perform certain governmental functions and services, including but not limited to purchasing functions, is 8 s i p E 6 i i E granted under Government Code, Title 7, Chapter 791, Interlocal Cooperation Contracts, Subchapter B and Subchapter C, and Local Government Code, Title 8, Chapter 271, Subchapter F, Section 27 1.101 and Section 271.102. Other governmental entities within the State of Texas may be extended the opportunity to purchase off of the City of Round Rock's bid, with the consent and agreement of the successful vendor(s) and Round Rock. Such agreement shall be conclusively inferred for the vendor from lack of exception to this clause in the vendor's response. However, all parties hereby expressly agree that the City of Round Rock is not an agent of, partner to, or representative of those outside agencies or entities and that the City of Round Rock is not obligated or liable for any action or debts that may arise out of such independently-negotiated"piggyback"procurements. 23.01 INDEPENDENT CONTRACTOR STATUS 5 Vendor is an independent contractor, not City's employee. Vendor's employees or s subcontractors are not City's employees. This Agreement does not create a partnership relationship. Neither party has authority to enter into contracts as agent for the other party. Vendor and City agree to the following rights consistent with an independent contractor relationship: A. Vendor has the right to perform services for others during the term of this Agreement; t B. Vendor has the sole right to control and direct the means, manner and method by ' which services required by this Agreement will be performed; C. Vendor has the right to hire assistants as subcontractors, or to use employees to provide the services required by this Agreement; s D. Vendor or its employees or subcontractors shall perform the services required hereunder. City shall not hire, supervise, or pay any assistants to help Vendor; E. Neither Vendor nor its employees or subcontractors shall receive any training from City in the skills necessary to perform the services required by this Agreement; F. City shall not require Vendor or its employees or subcontractors to devote full G time toperforming the services required by this Agreement; and F i G. Neither Vendor nor its employees or subcontractors are eligible to participate in any employee pension,health, vacation pay, sick pay, or other fringe benefit plan of City. 9 i F i 's a 24.01 INSURANCE Vendor shall in all respects comply with the provisions delineated in Part I, Item 3 of 3 City's Solicitation Number 12-021, Specification Numbers 11-998-15, 11-998-47, 11-998-68, 11-998-75, 11-998-85 dated February 2012, attached hereto as Exhibit"A." 25.01 MISCELLANEOUS PROVISIONS Standard of Care. Vendor represents that it employs trained, experienced and competent persons to perform all of the services, responsibilities and duties specified herein and that such services, responsibilities and duties shall be performed in a manner according to generally accepted industry practices and with all applicable laws. x Time is of the Essence. Vendor understands and agrees that time is of the essence and that any failure of Vendor to fulfill obligations for each portion of this Agreement within the agreed timeframes will constitute a material breach of this Agreement. Vendor shall be fully F responsible for its delays or for failures to use best efforts in accordance with the teens of this Agreement. Where damage is caused to City due to Vendor's failure to perform in these circumstances, City may pursue any remedy available without waiver of any of City's additional e legal rights or remedies. p' Force Majeure. Neither City nor Vendor shall be deemed in violation of this Agreement if it is prevented from performing any of its obligations hereunder by reasons for which it is not responsible as defined herein. However, notice of such impediment or delay in performance must be timely given, and all reasonable efforts undertaken to mitigate its effects. Waiver. No delay or omission by either party in exercising any right or power shall impair such right or power or be construed to be a waiver. A waiver by either party of any of the covenants to be performed by the other or any breach thereof shall not be construed to be a waiver of any succeeding breach or of any other covenant. No waiver of discharge shall be valid unless in writing and signed by an authorized representative of the party against whom such waiver or discharge is sought to be enforced. Confidentiality. The parties recognize and understand that City is subject to the Texas Public Information Act and its duties run in accordance therewith. x IN WITNESS WHEREOF, the parties have duly executed this Agreement. [SIGNATURES APPEAR ON FOLLOWING PAGE] { 10 s E f f E i f 4 t CENTRAL TEXAS REFUSE, INC. E i By: / Printed Name: L Title: /'7 Date Signed: s CITY OF ROUND ROCK,TEXAS By: Printed Name: Title: Date Signed: 4 FOR CITY, ATTEST: By: Sara L. White, City Clerk FOR CITY, APPROVED AS TO FORM: By: �f Stephan L. Sheets, City Attorney 5 t 11 r s s CENTRAL TEXAS REFUSE, INC. P. 0. BOX 18685 AUSTIN, TX 78760 512-243-2833 RALPH ROCCO CP 512-517-0176 k r ORIGINAL t R ROCK CITY OF RECYCLABLES LE TI r COL C ON AND PURCHASE SOLICITATION NUMBER 12-021 k SPECIFICATION NUMBER 11-998-15, 11-998-47, 11-998-68, 11-998-75, 11-998-85 k { t I 3/1/2012 fi 3 t t i s RFP response containing answers to solicitation number 12-021 bid requirements 7.1 through 7.10 EXHIBIT i S "All a } z SOLICITATION NUMBER 12-021 SPECIFICATION NUMBER 11-998-15, 11-998-47,11-998-68,11-998-75,11-998-85 DATED:FEBRUARY 2012 7.2 SOLID WASTE RECYCLING SERVICES FOR PAPER,PLASTICS AND METALS f 7.2.1 Collection and transportation of recyclable materials from the Deepwood recycling collection facility to the Williamson County Recycling Facility(Wilco). Central Texas Refuse (CTR) has serviced the Deepwood Recycling location for the City of Round Rock since the early 1990's. Our goal is to enhance the City's recycling program and to propose the best possible rate structure and services to the residents of the City of Round Rock and neighboring communities. 7.2.2 Points of contact are as follows: Ralph Rocco-General Manager P 0 Box 18685 Austin,TX 78760 manager@centraltexasrefuse.com 512-243-2833/cp 512-517-0176 i David Low-Coordinating Manager Same address as above davidl.ctr@gmail.com t -512-243-2833 a 4 Donna DeGolier/Adolph Lopez- Dispatchers Same address as above donna@centraltexasrefuse.com 512-243-2833 z i 4; Ralph Rocco General Manager r -1- I t { F i, i SOLICITATION NUMBER 12-021 d SPECIFICATION NUMBER 11-998-15, 11-998-07,11-998-68,11-998-75,11-998-85 i DATED:FEBRUARY 2012 t 7.3 TABLE OF CONTENTS i Cover- 7.1- Title Page for Solicitation number 12-021 i Pg. 1- 7.2-Letter of Transmittal-services identification 7.2.1 Understanding services 7.2.2 Points of contact Pg. 2- 7.3- Table of Contents Pg. 3- 7.4- Previous Performance/Experience 3 7.4.1 Similar current work related projects 7.4.2 Attachment A: reference sheet r Pg.4- 7.5-Available Resources and Consultant Location-contractor history Pg.5- 7.6-Timeline-schedule and types of equipment Pg. 6- 7.7- Proiect Design-site layout,schedule t Pg.7- 7.8-Purchase Price and Cost Proposal-material category and process costs 7.8.1 Material Price Index s Pg.8- 7.9-Subcontractor Identification Pg.9- 7.10-Licensure-Copies of required operations licenses i Pgs 10&11-Addendum No. 1 Pgs 12& 13-Addendum No.2 { i I -2- f i I F k SOUCITATION NUMBER 12-021 SPECIFICATION NUMBER 11-998-15, 11-998-47,11-998-68,11-998-75,11-998-85 DATED:FEBRUARY 2012 k 7.4 PREVIOUS PERFORMANCE/EXPERIENCE } Recycling programs began at CTR in 1999 and have escalated exponentially throughout the course of time as new ideas are deployed. We have joined with the City of Austin's Universal Recycling Ordinance program to learn and offer new ideas, enhance current programs and to educate and encourage recycling throughout the Central Texas region. We supply multiple systems in providing the correct recycling services to our clientele. Each individual account has their own specific needs and recycling services are adjusted accordingly as they progress and increase their demand. Services start with the smaller 96 gallon carts and progress to 3,4, 6 and 8 r cubic yard dumpsters, 20,30 and 40 yard roll-off open-tops and multiple size compactor units. We assisted many entities concerning the most affordable and efficient methods of recycling. An I { example would be the Round Rock ISD. On an extremely scrutinized budget, CTR incorporated single- 4 stream recycling at each individual school in the District. Our dedication and commitment to our clients is returned to us through great references from them. r 7.4.1- References-see Attachment A 7.4.2- Attachment A-see attached page s Ralph Rocco General Manager -3- s 8 i a SOLICITATION NUMBER 12-021 SPECIFICATION NUMBER s 11-998-15 -11-998-47.11-998.68 •11-998-75.11-998.85 DATED:JANUARY 2012 ATTACHMENT A REFERENCE SHEET PLEASE COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE SOLICITATION NUMBER: RESPONDENT'S NAME:�n)-yLAi rF,>�r DATE: d Provide the name,address,telephone number and point of contact of at least three(3)firms applicable to Municipal ' and/or Government projects that have utilized similar service for at least two (2)years. City of Round Rock references are not applicable. References may be checked prior to award. Any negative responses received may result in disqualification of solicitation. 1. Company's Name: G( r e cls' fDA - P,it�tL Name of Contact: ILA CC�R,�,�n( Title of Contact: . E-Mail Address: MCCAA i At,1 2 CC hnt PA 2fc;X F 05 Present Address: Loc,)J City, State,Zip Code: �a2 2Ak •7�V�1 Telephone Number: (5—/) o f_ ��� Fax Number 2. I 2. Company's Name: Name of Contact: �^�����, Ey►�(� F Title of Contact: [��ST'�c 3c�Ti.9cJ �vL'FRV r5u(Z R E-Mail Address: d Irl n K••�v_K :� r[�iZC _ Present Address: CLavc.tt �vY City, State,Zip Code: � a� )k *1031 31 Telephone Number: (St2 14- Fax Number:$,—/2• )cflt.- 6969 s g 3. Company's Name: ALO i, Name of Contact: A Title of Contact: Mara E-Mail Address: �;M OR Fee j&uF PA11 01ZCr- Present Address: 2 5 ZDV.9-A if,jG �I NCr City,State,Zip Code: Q�.�c•/A-Rar-,k ,� Telephone Number: -, ( 7 )Z f3-0416 Fax Number: Z ) L� 732 FAILURE TO PROVIDE THE REQUIRED INFORMATION WITH THE SOLICITATION RESPONSE MAY AUTOMATICALLY DISQUALIFY THE RESPONSE FROM CONSIDERATION FOR AWARD. E 4 i i+ k 11 of 11 c i a i k yQS E 3 f } SOLICITATION NUMBER 12-021 SPECIFICATION NUMBER 11-998-15, 11-998-47,11-998-68,11-998-75,11-998-85 DATED:FEBRUARY 2012 7.5 AVAILABLE RESOURCES AND CONSULTANT LOCATION CTR is located 1 mile south of ABIA airport in southeast Travis County. Established in March of 1981,CTR has grown and expanded with it's sister companies Round Rock Refuse (1990), Cedar Park Disposal (2010) and WILCO Recycling(MRF) in east Williamson County,to one of the largest solid waste and recycling companies in Texas.CTR and Companies consist of over 75 trucks and over 150 committed employees. s 4: Y e t 'c v' Ralph Rocco General Manager t f -4- S a y s r i SOUCITATION NUMBER 12-021 SPECIFICATION NUMBER 11-998-15, 11-998-47,11-998-68,11-998-75,11-998-85 DATED:FEBRUARY 2012 F 7.6 TIMELINE s k Service schedule shall be within 24 hours of a call-in to dispatchers at CTR. CTR will use the existing equipment on site. E. k t I t E i i E Y f G t t d C f Y E S } S Ralph Rocco r General Manager -S- t t i f d f t SOUCITATION NUMBER 12-021 SPECIFICATION NUMBER 11-998-15, 11-998-47,11-998-68,11-99B-75,11-998-85 DATED:FEBRUARY 2012 7.7 PROJECT DESIGN CTR proposes the existing layout for the aluminum,tin and steel containers, paper, newsprint and plastics#3-#7. Please see additional layout on pages 7&8. 7.7.1 Bid Items Not Applicable(no bid) in our response. Per instructions on PART III SPECIFICATIONS Part 3 (pg 6 of 11). 3.1.Corrugated Cardboard. 3.2. Plastics 3.2.1.Option#1 3.2.1.1.#1-7 Baled Together 3.2.2.Option#2 3.2.2.1.#1 PET Alone r 3.2.3.Option#2 3.2.3.1.#2 HDPE Alone 3.6.3.Option#3 Scrap metal Appliances 3.6.3.1. Freon and Non-Freon appliances 3.7. Lead/Acid Batteries 3.8.Steel 3.9. Copper 3.10.Tires I 3.11. Brass Y 9 E E 4 7 V k Z Ralph Rocco General Manager -6- S t 4 s' 5 l I SOLICITATION NUMBER 12-021 SPECIFICATION NUMBER 11-998-15, 11-998-47,11-998-68,11-998-75,11-998-85 DATED:FEBRUARY 2012 7.8 PURCHASE PRICE AND COST PROPOSAL Aluminum Cans • CTR will continue to provide the existing 32 yard self-contained packer unit free of charge. • CTR will either haul the packer receiver on-call to Commercial Metals for$175.00 per haul plus / s current 19%fuel surcharge or haul the receiver to Wilco Recycling for$155.00 per haul plus 19% fuel. • Wilco Recycling will pay the high side of Waste and Recycling News currently at.65 per Ib.($1,300.00 per ton). Paper • CTR will continue to provide the existing 42 yard receiving container free of charge. • CTR will either haul the receiver on-call to ACCO off Metric Blvd.for$175.00 per haul plus r s current 19%fuel surcharge or haul the receiver to Wilco Recycling for$155.00 per haul plus 19% fuel. l • Wilco will pay mixed paper Southwest Region high side minus$50.00.Currently$95.00-50.00= $45.00 per ton. r r Newspaper • CTR will continue to provide the existing 42 yard receiver container free of charge. • CTR will either haul the receiver on-call to ACCO off Metric Blvd.for$175.00 per haul plus current 19%fuel surcharge or haul the receiver to Wilco Recycling for$155.00 per haul plus 19%fuel. • Wilco will pay ONP#8 Southwest Region high side minus$40.00.Currently$90.00-40.00= $50.00 per ton. I Ralph Rocco General Manager -7- i SOUCITATION NUMBER 12-021 SPECIFICATION NUMBER 11-998-15, 11-998-47,11-998-68,11-998-75,11-998-85 DATED:FEBRUARY 2012 s E k C 7.8 cont'd PURCHASE PRICE AND COST PROPOSAL t Plastics#3-#7* • CTR will continue to provide the existing 30 yard roll-off container free of,charge. • CTR will either continue to haul the roll-off on-call to ACCO off Metric blvd.for$175.00 plus a current 19%fuel surcharge,or haul the roll-off to Wilco Recycling for$155.00 per haul plus 19% fuel. Unfortunately there is not an index for this commodity.The current price is.05 per Ib.($100.00 per ton)and it will change according to market conditions. f *note:Plastics#3-#7 will have to continue to be placed in the roll-off container. CTR currently does not f pickup items off the ground. Tin/Steel Cans • CTR will continue to provide the existing 30 yard roll-off container free of charge. } • CTR will haul the roll-off on-call to Commercial Metals for$175.00 plus a current fuel surcharge t of 19%per haul. 4 E k t e f 7 Ralph Rocco General Manager _g_ 6 { SOLICITATION NUMBER 12-021 i SPECIFICATION NUMBER 11-998-15, 11-998-47,11-998-68,11-998-75,11-998-85 DATED:FEBRUARY 2012 7.9 SUBCONTRACTOR IDENTIFICATION • WILCO Recycling 1551 Co. Rd.394 Hutto,TX 78634 888-409-2092 John.Rabon A 103 f € Y t i- E F Y F z e i E t -9- } r SOLICITATION NUMBER 12-021 SPECIFICATION NUMBER 11-998-15, 11-998-47,11-998-68,11-998-75,11-998-85 ?_ DATED:FEBRUARY 2012 `s E 7.10 LICENSURE 3' f t Y Central Texas Refuse, Inc.is certified by the Texas State Department of Transportation. • Texas D.O.T.# 47333C 3 • U.S. D.O.T.#1950129 • State Transporter ID#21458 • Federal Tax ID#74-2158604 k • EPA SIC code#4212 if awarded this bid,CTR will add the City of Round Rock as Additionally Insured on it's policies for Liability and Workers Comp. f F K f F i E S l f f Ralph Rocco General Manager -10- c t d gti 4 r I; 1prROUN ROCK,TEXAS PURPOSE.PASSION.PROSPERITY. CITY OF ROUND ROCK,TEXAS RECYCLABLES COLLECTION AND SALE RFP No. 12-021 Addendum No. 1 Date of Addendum: March 6,2012 k Please note the clarification and/or additional information to the solicitation referenced above. 1. Q: Will vendors supply the containers? A: Vendors shall propose and supply all containers. 2. Q: Will the City consider flatbeds? g A: Flatbeds are not acceptable. 3. Q: Will the City assist with loading material? A: No. Vendor shall load all material. 4. Q: How long is the current vendor on site to load bailed plastics? A: Approximately 90 minutes. E` 5. Q: Is a roll off container acceptable for plastics? k A: Yes. { 6. Q: How are tires currently being loaded? What is City's desired loading process for tires? A: Tires are currently stacked at the site then the vendor loads them. The City seeks to touch the tires l once by placing them in a container in which a vendor can then haul them away. 7. Q: Is the Vehicle Maintenance scrap metal an additional line item for this solicitation? x A: Yes. This steel is in additional to the specification issued on February 17,2012. 8. Q: How often is the Vehicle Maintenance scrap metal hauled off? 3 A: Every two months. 9. Q: What type of container is desired for the steel at the Waterline Maintenance Facility? A: A small roll off container is desired. E 10. Q: How often is the brass hauled from the Waterline Maintenance Facility? A: Every 6 months. l t 11. Q: Can responses be submitted with several proposals? } A: Yes. Each must be labeled as such and submitted under separate cover. For example: a ABC Recycling Response#1 ABC Recycling Response#2 Approved by �`---� Joy Baggett Purchaser By the signatures affixed below,Addendum No. 1 is hereby incorporated into and made a part of the above referenced solicitation. ACKNOWLEDGED Vendor Authorized Signature Date RETURN ONE COPY SIGNED COPY OF THIS ADDENDUM TO THE PURCHASING OFFICE WITH YOUR SEALED PROPOSAL. FAILURE TO DO SO MAY AUTOMATICALLY DISQUALIFY YOUR RESPONSE FROM CONSIDERATION FOR AWARD. i p i } ROUND ROCK,TEXAS PURPOSE.PASSION.PROSPERITY i CITY OF ROUND ROCK, TEXAS r RECYCLABLES COLLECTION AND SALE i RFP No. 12-021 Addendum No. 2 Date of Addendum: March 8, 2012 Please note the clarification and/or additional information to the solicitation referenced above. 1. Due to overwhelming interest in the project, an additional pre-solicitation meeting and site tour is being conducted. If a vendor attended the previous meeting held on February 28, ' 2012, attendance is optional at this meeting but not mandatory. If a vendor did NOT attend the previous meeting held on February 28, 2012, attendance at this meeting is mandatory. Attendance at each site is required in order to submit a response for that site's material. Date, time and location of the meeting is as follows: DATE: March 13, 2012 8:00 AM Deepwood Recycling Center 310 Deepwood Drive Round Rock, Texas 78664 8:30 AM Vehicle Maintenance Facility 901 Luther Peterson Place Round Rock, Texas 78665 9:00 AM Waterline and Wastewater Line Maintenance Facility 910 Luther Peterson Place Round Rock, Texas 78665 9:30 PM Water Treatment Plant 5200 N. IH 35 Round Rock, Texas 78681 2. Response Due Date is being extended to March 20, 2012 at 3:00 pm. All other response instructions remain unchanged. f+ i i S �V J Approved by Joy Baggett, Purchaser By the signatures affixed below, Addendum No. 2 is hereby incorporated into and made a part of the above referenced solicitation. ACKNOWLEDGED (� Gi trr�'✓4Y..lM'7 I �.?G?'t4' ����7 � � ��? 7. Vendor Authorized Signature Date RETURN ONE COPY SIGNED COPY OF THIS ADDENDUM TO THE PURCHASING OFFICE WITH YOUR SEALED PROPOSAL. FAILURE TO DO SO MAY AUTOMATICALLY DISQUALIFY YOUR RESPONSE FROM CONSIDERATION FOR AWARD. S t f. { i t 4' { S t i rrROUND ROCK,TExAs City Council Agenda Summary Sheet PURPOSE.PASSION PROSPERITY. c _ y Agenda Item No. G8. i Consider a resolution authorizing the Mayor to execute an Agreement for Collection of f Agenda Caption: Recyclables with Central Texas Refuse, Inc. E Meeting Date: October 11, 2012 Department: Utilities and Environmental Services Staff Person making presentation: Michael Thane Utilities Director Item Summary: Each year, the City's Deepwood Recycling Center collects several tons of various recyclable materials. These materials give the City an opportunity to generate profits by bidding out collections of specific products. Currently, x the City has an agreement with Auburn Metal Processing, LLP. for the collection of Aluminum and an agreement with BFI for the collection of plastics#3-7. On March 20, 2012, the City went out to bid on the collection of these recyclable products in order to obtain the highest revenue for the City. Four companies submitted bids for both the collection of Aluminum and plastics #3-7; Both items were awarded to Central Texas Refuse, Inc. (CTR).This contract is a three-year agreement,with ability for renewal for an additional two years that allows CTR to collect aluminum and plastics #3-7 to be transported, recycled, and/or disposed of. Specifications of the contract include: (All materials will be collected and picked up at the City's Deepwood Recycling Center) Aluminum: -CTR will pay high side of Waste and Recycling News ? E -Fixed haul rate: Wilco Recycling $155 per haul plus 19% fuel charge or Commercial Metals $175 per haul plus 19%fuel charge Plastics#3-7: -Current market price of$.05 per pound -Fixed haul rate: Wilco Recycling $155 per haul plus 19% fuel charge or Commercial Metals $175 per haul plus 19%fuel charge t s f Cost: Revenue dependent on market k Recommended Action: Approval EXECUTED ORIGINAL DOCUMENT FOLLOW k Y CITY OF ROUND ROCK AGREEMENT { FOR COLLECTION OF RECYCLABLES WITH CENTRAL TEXAS REFUSE,INC. THE STATE OF TEXAS § § CITY OF ROUND ROCK �§§j KNOW ALL BY THESE PRESENTS: COUNTY OF WILLIAMSON § COUNTY OF TRAVIS § F That this Agreement for collection of certain recyclables, (referred to herein as the "'Agreement") is made and entered into on this the It�- day of the month of 2012, by and between the City of Round Rock, Texas, a home-rule municipality whose offices are located at 221 East Main Street, Round Rock, Texas 78664(referred to herein as the "City"), and Central Texas Refuse, Inc., a Texas corporation whose address is Post Office Box 18685, Austin, Texas 78760 (referred to herein as "Vendor" or "CTR"). This Agreement supersedes and replaces any previous agreement between the named parties, whether oral or written, and whether or not established by custom and practice. RECITALS: WHEREAS, City desires to have certain recyclable products collected, transported, recycled, and/or disposed of, such recyclable products specifically being aluminum and certain plastics from City's Deepwood Recycling Center; and WHEREAS, City has issued Solicitation Number 12-021, Specification Numbers 11- 998-15, 11-998-47, 11-998-68, 11-998-75, 11-998-85 dated February 2012, to have such recyclable products collected, transported, recycled, and/or disposed of, and City has selected the offer to provide such services submitted by CTR;and WHEREAS, CTR agrees to provide such services for City on a contractual basis; and WHEREAS, the parties desire to enter into this Agreement to set forth in writing their respective rights, duties, and obligations; NOW,THEREFORE,WITNESSETH: That for and in consideration of the mutual promises contained herein, the parties mutually agree as follows: 255648/jk�g 0-ll-� k E r 1.01 DEFINITIONS A. Agreement means the mutually binding legal contract between City and CTR whereby CTR is obligated to provide specified services and perform specified obligations, and City is obligated to perform specified obligations. The Agreement includes the following: (a) City's Solicitation Number 12-021, Specification Numbers 11-998-15, 11-998-47, 11-998-68, 11-998-75, 11-998-85 dated February 2012; (b) CTR's Response dated March 1, 2012; (c) the contract award; and (d) any exhibits, addenda,and/or amendments thereto, all attached as Exhibit "A" and incorporated herein by reference for all purposes. Any inconsistencies or conflicts in the contract documents shall be resolved by giving preference in the following order: (1) This Agreement; (2) CTR's Response dated March 1,2012; (3) City's Invitation for Bids, exhibits, and attachments. B. City means the City of Round Rock, in Williamson and Travis Counties,Texas. C. Effective Date means the date upon which the binding signatures of both parties to this Agreement are affixed. D. Force Majeure means acts of God, strikes, lockouts, or other industrial disturbances, acts of the public enemy, orders of any kind from the government of the United States or the State of Texas or any civil or military authority, insurrections, riots, epidemics, landslides, lightning, earthquakes, fires, hurricanes, storms, floods, restraint of the government and the people, civil disturbances, explosions, or other causes not reasonably within the control of the party claiming such inability. E. Vendor or Central Texas Refuse or CTR means Central Texas Refuse, Inc., or any of its successors or assigns. 2.01 EFFECTIVE DATE,DURATION,AND TERM A. This Agreement shall be effective on the date it has been signed by both parties hereto, and shall remain in full force and effect unless and until it expires by operation of the term stated herein, or until terminated or extended as provided herein. B. The initial term of this Agreement is for three (3) consecutive twelve (12) month periods from the effective date hereof. Thereafter, this Agreement may be renewed for two (2) additional periods not to exceed twelve (12) months for each renewal, only upon the express written agreement of both parties and only provided Vendor has performed each and every contractual obligation specified in this Agreement. C. City reserves the right to review the relationship at any time, and may elect to terminate this Agreement with or without cause or may elect to continue. 2 1: N t k 3 4 3.01 COLLECTION REQUIREMENTS; REBATES; ESTIMATED QUANTITIES Any quantities stated in this section represent the best estimate of City's needs. City requires Vendor to provide services for collection, transport, recycling, and/or disposal of the designated recyclables in accordance with Exhibit"A"and as follows: A. Aluminum from City's Deepwood Recycling Center shall be picked up by Vendor on an on-call basis within twenty-four (24) hours following notification by City. Vendor shall pay to City the high side of Waste and Recycling News. City shall pay a fixed haul rate to Wilco Recycling of $155.00 per haul plus nineteen percent (19%) fuel charge, or to Commercial Metals of$175.00 per haul plus nineteen percent (19%) fuel charge, with no monthly rental charge for 32 yard self-contained packer units provided by Vendor. Aluminum shall be picked up from the Deepwood Recycling Center, 310 Deepwood Drive, Round Rock, Texas 78664. Estimated quantities are 5 tons annually. City shall incur no disposal charge for same. B. Plastics (identified in City's IFB as 3.2.4 Option #2 Plastics #3-7) from City's Deepwood Recycling Center shall be picked up by Vendor on an on-call basis within twenty-four(24)hours following notification by City. As there is no index for this commodity, Vendor shall pay to City current market price, which on the date of Vendor's bid was $0.05 per pound. City shall pay a fixed haul rate to Wilco Recycling of$155.00 per haul plus nineteen percent (19%) fuel charge, or to Commercial Metals of $175.00 per haul plus nineteen percent (19%) fuel charge, with no monthly rental charge for 30 yard roll-off container provided by Vendor. Plastics shall be picked up in bales sized 3000x26" from the Deepwood e Recycling Center, 310 Deepwood Drive, Round Rock, Texas 78664. City shall incur no disposal charge for same. City and Vendor agree that there shall be no additional fees whatsoever charged to City or passed along to City or passed through to City. The take-point for the designated recyclable products shall be as follows: Deepwood Recycling Center, 310 Deepwood Drive, Round Rock, Texas 78664. 4.01 VENDOR' S OBLIGATION TO PROVIDE SERVICES As a continuing obligation, Vendor agrees to collect,transport, recycle, and/or dispose of the designated recyclable products from City in the estimated amounts, from the specified fi location, at the specified intervals, and to remit to City agreed payment and/or rebate amounts. In the event Vendor does not collect, transport, recycle, and/or dispose of the agreed quantities of recyclable products, then City may contract for such services elsewhere, and Vendor may be charged the difference,if any. r 3 i 3- k f s 4 t 5.01 VENDOR'S CONTRACTUAL RESPONSIBILITIES A. Vendor agrees to perform all of its contractual responsibilities and obligations in accordance with standards of the industry. Vendor shall use best efforts to supervise and direct its agents or employees competently, efficiently, and safely. Vendor shall adhere and conform to all legal responsibilities related to such collection, transportation and disposal of the recyclable products the subject of this Agreement. B. Vendor agrees to furnish and assume full responsibility for all services, facilities, equipment, materials and incidentals necessary for the proper collection, transport, removal, f recycling, and/or disposal of the designated recyclable products the subject of this Agreement. C. Vendor agrees to obtain all permits and licenses,if any, and pay all fees necessary for the proper handling and removal of the designated recyclable products the subject of this Agreement. D. Vendor hereby affirms and confirms that it has the capability of properly and lawfully handling, removing, and disposing of the designated recyclable products the subject of this Agreement. E. Vendor agrees to coordinate with City's representative listed herein in Section 6.01 to establish pick-up schedules and to discuss and receive approval of any proposed changes. 5 F. Vendor agrees to schedule pick-up of the designated recyclable products at a minimum of the times specified and upon request by City. r G. Vendor agrees to provide City's representative with itemized and accurate documentation, in forms acceptable to City, indicating actual weight of materials collected; pickup route sheets; weight information input into Vendor's system; monthly reports that capture such information as pickup dates and weight collected for each pickup; and annual tonnage z reports that capture total volume of material recycled for the calendar year, and approximate weights recovered by type of commodity. H. Vendor agrees to pick-up schedules that occur during City's regular business hours. Vendor shall utilize its own equipment and personnel,and both parties agree that no City equipment or forces shall be used. 6.01 CITY'S DESIGNATED REPRESENTATIVE City designates the following authorized to act in its behalf regarding this Agreement: Tracy L.Herring,Environmental Services Division 2008 Enterprise Drive t Round Rock, Texas 78664 Telephone: (512)218-5559 Fax Number: (512)341-3316 tracyh&oundrocktexas.gov 4 E (F F k 7.01 RATES AND PAYMENT; PRICE ADJUSTMENTS During the term of this Agreement and any renewals, Vendor agrees to pay City for specified recyclable products taken at the following rates: the high side of Waste and Recycling News for aluminum, and current market price for plastics. Vendor shall render a separate invoice to City for any hauls made by Vendor, submitting s one original and one copy of each statement on a monthly basis to City's representative. Same shall match all records provided to City's representative under Section 5.01(G). City shall pay such invoices to Vendor in accordance with the Texas Prompt Payment Act. g r Vendor shall have the absolute obligation to pay City for any and all recyclables hauled hereunder, in accordance with this Agreement and/or any statements received from City. All payments by Vendor to City shall be made payable to the City of Round Rock, Texas, shall be tendered to City's representative designated in Section 6.01, and shall accompany corresponding statements from City and/or City's representative. Pricing adjustments during the term of this Agreement, if any, shall be in accordance with Part I, Item 9 of City's Request for Proposal under Solicitation Number 12-021, Specification Numbers 11-998-15, 11-998-47, 11-998-68, 11-998-75, 11-998-85 dated February 2012. 8.01 VENDOR'S OBLIGATION TO TAKE Vendor is obligated to take the estimated amounts specified in this Agreement, per twelve-month period. Vendor shall be obligated to pay City based upon such contractual amount. Vendor agrees that City may pursue any remedy available to it at law or in equity, including but not limited to specific performance of this Agreement and/or any action to recover an amount of damages equal to such contractual amount. 9.01 CITY'S OPTION TO CONTRACT WITH OTHERS Should Vendor fail in its obligations to take the contractual amounts of delineated recyclable products,then and in that event City reserves its option to contract with other sources. Vendor expressly agrees that, should City exercise its option to contract with other sources and the amount received is at a lower rate, then and in that event City may charge Vendor the difference in price. Such action on the part of City shall not be considered an exclusive remedy, and shall not waive any other remedies available to City at law or in equity. i 10.01 RIGHT TO ASSURANCE Whenever either party to this Agreement, in good faith, has reason to question the other party's intent to perform hereunder, then demand may be made to the other party for written assurance of the intent to perform. In the event that no written assurance is given within the 5 E S 2 reasonable time specified when demand is made, then and in that event the demanding party may treat such failure as an anticipatory repudiation of this Agreement. 11.01 DEFAULT r Vendor shall be declared in default of this Agreement if it does any of the following: A. Fails to make any payment in full when due; B. Fails to fully, timely and faithfully perform any of its material obligations under this Agreement; C. Fails to provide adequate assurance of performance under the "Right to Assurance" section herein; or t i D. Becomes insolvent or seeks relief under United States bankruptcy laws. 12.01 TERMINATION AND SUSPENSION A. City has the right to terminate this Agreement, in whole or in part, for convenience and without cause,at any time upon thirty (30) days' written notice to Vendor. B. In the event of any default by Vendor, City has the right to terminate this Agreement for cause, upon ten(10) days' written notice to Vendor. C. Vendor has the right to terminate this Agreement for cause, that being in the event of a material and substantial breach by City, or by mutual agreement to terminate evidenced in writing by and between the parties. D. Should Vendor fail to make any payment in full when due, then, in addition to any other rights and remedies available to City, City may immediately and without notice suspend any further relationship with Vendor until the amount due has been paid in full. i 13.01 INDEMNIFICATION Vendor shall defend (at the option of City), indemnify, and hold City, its successors, assigns, officers, employees and elected officials harmless from and against all suits, actions, legal proceedings, claims, demands, damages, costs, expenses, attorney's fees, and any and all other costs or fees arising out of, or incident to, concerning or resulting from the fault of Vendor, or Vendor's agents, employees or subcontractors, in the performance of Vendor's obligations under this Agreement, no matter how, or to whom, such loss may occur. Nothing herein shall be deemed to limit the rights of City or Vendor (including, but not limited to the right to seek contribution) against any third party who may be liable for an indemnified claim. 6 s F i 14.01 COMPLIANCE WITH LAWS, CHARTER AND ORDINANCES Vendor, its agents, employees and subcontractors shall use best efforts to comply with all applicable federal and state laws, the Charter and Ordinances of the City of Round Rock, as amended, and with all applicable rules and regulations promulgated by local, state and national boards, bureaus and agencies. 15.01 ASSIGNMENT AND DELEGATION The parties each hereby bind themselves, their successors, assigns and legal a representatives to each other with respect to the terms hereof. Neither party shall assign, sublet or transfer any interest in this Agreement without prior written authorization of the other party. 16.01 NOTICES All notices and other communications in connection with this Agreement shall be in writing and shall be considered given as follows: A. When delivered personally to recipient's address as stated in this Agreement; or B. Three (3) days after being deposited in the United States mail, with postage prepaid to the recipient's address as stated in this Agreement. Notice to Vendor: Central Texas Refuse, Inc. Ralph Rocco,General Manager Post Office Box 18685 Austin,TX 78760 Notice to City: Steve Norwood, City Manager Stephan L. Sheets, City Attorney 221 East Main Street AND TO: 309 East Main Street Round Rock,TX 78664 Round Rock,TX 78664 Nothing contained herein shall be construed to restrict the transmission of routine communications between representatives of City and Vendor. 17.01 APPLICABLE LAW; ENFORCEMENT AND VENUE This Agreement shall be enforceable in Round Rock, Texas, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions 7 herein, exclusive venue for same shall lie in Williamson County, Texas. This Agreement shall be governed by and construed in accordance with the laws and court decisions of the State of Texas. 18.01 EXCLUSIVE AGREEMENT This document and all appended documents constitute the entire Agreement between City and Vendor. This Agreement may only be amended or supplemented by mutual agreement of the parties hereto in writing. i 19.01 SUPPLEMENTAL AGREEMENTS The terms of this Agreement may be modified by written Supplemental Agreement hereto, duly authorized by City Council or City Manager action, if City determines that there has been a significant change in (1) the scope, complexity, or character of the services to be perfornied; or (2) the duration of the work. Any such Supplemental Agreement must be executed by both parties within the period specified as the term of this Agreement. Vendor shall 4 not perform any work or incur any additional costs prior to the execution, by both parties, of such Supplemental Agreement. Vendor shall make no claim for extra work done or materials furnished unless and until there is frill execution of any Supplemental Agreement, and City shall not be responsible for actions by Vendor nor for any costs incurred by Vendor relating to additional work not directly authorized by Supplemental Agreement. 20.01 DISPUTE RESOLUTION City and Vendor hereby expressly agree that no claims or disputes between the parties arising out of or relating to this Agreement or a breach thereof shall be decided by any arbitration proceeding, including without limitation, any proceeding under the Federal Arbitration Act (9 USC Section 1-14) or any applicable state arbitration statute. 21.01 SEVERABILITY r The invalidity, illegality, or unenforceability of any provision of this Agreement or the occurrence of any event rendering any portion or provision of this Agreement void shall in no way affect the validity or enforceability of any other portion or provision of this Agreement. Any void provision shall be deemed severed from this Agreement, and the balance of this Agreement shall be construed and enforced as if this Agreement did not contain the particular portion or provision held to be void. The parties further agree to amend this Agreement to replace any stricken provision with a valid provision that comes as close as possible to the intent of the stricken provision. The provisions of this section shall not prevent this entire Agreement from being void should a provision which is of the essence of this Agreement be determined void. 22.01 INTERLOCAL COOPERATIVE CONTRACTING/PURCHASING Authority for local governments to contract with one another to perform certain governmental functions and services, including but not limited to purchasing functions, is 8 i granted under Government Code, Title 7, Chapter 791, Interlocal Cooperation Contracts, Subchapter B and Subchapter C, and Local Government Code, Title 8, Chapter 271, Subchapter F, Section 27 1.101 and Section 271.102. Other governmental entities within the State of Texas may be extended the opportunity to purchase off of the City of Round Rock's bid, with the consent and agreement of the successful vendor(s) and Round Rock. Such agreement shall be conclusively inferred for the vendor from lack of exception to this clause in the vendor's response. However, all parties hereby expressly agree that the City of Round Rock is not an agent of,partner to, or representative of those outside agencies or entities and that the City of Round Rock is not obligated or liable for any action or debts that may arise out of such independently-negotiated "piggyback"procurements. 23.01 INDEPENDENT CONTRACTOR STATUS Vendor is an independent contractor, not City's employee. Vendor's employees or subcontractors are not City's employees. This Agreement does not create a partnership r relationship. Neither party has authority to enter into contracts as agent for the other party. Vendor and City agree to the following rights consistent with an independent contractor relationship: A. Vendor has the right to perform services for others during the term of this Agreement; B. Vendor has the sole right to control and direct the means, manner and method by which services required by this Agreement will be performed; C. Vendor has the right to hire assistants as subcontractors, or to use employees to provide the services required by this Agreement; D. Vendor or its employees or subcontractors shall perform the services required hereunder. City shall not hire, supervise, or pay any assistants to help Vendor; E. Neither Vendor nor its employees or subcontractors shall receive any training from City in the skills necessary to perform the services required by this Agreement; F. City shall not require Vendor or its employees or subcontractors to devote full time to performing the services required by this Agreement; and G. Neither Vendor nor its employees or subcontractors are eligible to participate in any employee pension,health, vacation pay, sick pay, or other fringe benefit plan of City. 9 f 24.01 INSURANCE Vendor shall in all respects comply with the provisions delineated in Part I, Item 3 of City's Solicitation Number 12-021, Specification Numbers 11-998-15, 11-998-47, 11-998-68, 11-998-75, 11-998-85 dated February 2012, attached hereto as Exhibit"A." 25.01 MISCELLANEOUS PROVISIONS Standard of Care. Vendor represents that it employs trained, experienced and competent persons to perform all of the services, responsibilities and duties specified herein and that such services, responsibilities and duties shall be performed in a manner according to generally accepted industry practices and with all applicable laws. Time is of the Essence. Vendor understands and agrees that time is of the essence and that any failure of Vendor to fiilfill obligations for each portion of this Agreement within the agreed timeframes will constitute a material breach of this Agreement. Vendor shall be fully responsible for its delays or for failures to use best efforts in accordance with the terms of this Agreement. Where damage is caused to City due to Vendor's failure to perform in these circumstances, City may pursue any remedy available without waiver of any of City's additional legal rights or remedies. s Force Majeure. Neither City nor Vendor shall be deemed in violation of this Agreement if it is prevented from performing any of its obligations hereunder by reasons for which it is not z responsible as defined herein. However, notice of such impediment or delay in performance must be timely given, and all reasonable efforts undertaken to mitigate its effects. Waiver. No delay or omission by either party in exercising any right or power shall impair such right or power or be construed to be a waiver. A waiver by either party of any of the covenants to be performed by the other or any breach thereof shall not be construed to be a waiver of any succeeding breach or of any other covenant. No waiver of discharge shall be valid unless in writing and signed by an authorized representative of the party against whom such waiver or discharge is sought to be enforced. Confidentiality. The parties recognize and understand that City is subject to the Texas Public Information Act and its duties run in accordance therewith. IN WITNESS WHEREOF,the parties have duly executed this Agreement. 5 [SIGNATURES APPEAR ON FOLLOWING PAGE] i 10 i CENTRAL TEXAS REFUSE,INC. G y: Printed Name: Ko c-,- Title: wC Date Signed: CITY OF ROUND ROCK,TEXAS t By: r Printed Name: Title: 1Z Date Signed: _ �(�•( •(�--� FOR CITY, ATTEST: By: _smal- Sara L. White, City Clerk FO*Stephan ROVED ALTOORM: By: eets, City Attorney 11 i F CENTRAL TEXAS REFUSE, INC. P. 0. BOX 18685 AUSTIN, TX 78760 512-243-2833 F RALPH ROCCO CP 512-517-0176 } ORIGINAL CITY OF ROUND ROCK i RECYCLABLES f t COLLECTION AND t PURCHASE F SOLICITATION NUMBER 12-021 } SPECIFICATION NUMBER 11-998-15, 11-998-47, 11-998-68, 11-998-75, 11-998-85 3/1/2012 t: s 4 f RFP response containing answers to solicitation number 12-021 bid requirements 7.1 through 7.10 . i EXHIBIT "All k l i SOLICITATION NUMBER 12-021 4 SPECIFICATION NUMBER 11-998-15, 11-998-47,11-998-68,11-998-75,11-998-8S DATED:FEBRUARY 2012 r t 7.2 SOLID WASTE RECYCLING SERVICES FOR PAPER, PLASTICS AND METALS s. 7.2.1 Collection and transportation of recyclable materials from the Deepwood recycling collection facility to the Williamson County Recycling Facility(Wilco). Central Texas Refuse (CTR) has serviced the Deepwood Recycling location for the City of Round Rock since the early 1990's. Our goal is to enhance the City's recycling program and to propose the best possible rate structure and services to the residents of the City of Round Rock and neighboring communities. l I 7.2.2 Points of contact are as follows: Ralph Rocco-General Manager P 0 Box 18685 Austin,TX 78760 manager@centraltexasrefuse.com 512-243-2833/cp 512-517-0176 I: David Low-Coordinating Manager Same address as above davidl.ctr@gmail.com -512-243-2833 Donna DeGolier/Adolph Lopez- Dispatchers l Same address as above donna@centraltexasrefuse.com 512-243-2833 p Ralph Rocco General Manager -1- l I _ SOUCITATION NUMBER 12-021 s SPECIFICATION NUMBER 11-998-15, 11-998-47,11-998-68,11-998-75,11-998-85 DATED:FEBRUARY 2012 s 7.3 TABLE OF CONTENTS Cover- 7.1- Title Page for Solicitation number 12-021 Pg. 1- 7.2-Letter of Transmittal-services identification i 7.2.1 Understanding services 7.2.2 Points of contact Pg. 2- 7.3- Table of Contents Pg.3- 7.4- Previous Performance/Experience 7.4.1 Similar current work related projects 7.4.2 Attachment A: reference sheet Pg.4- 7.5-Available Resources and Consultant Location-contractor history Pg. 5- 7.6-Timeline-schedule and types of equipment E Pg. 6- 7.7-Project Design-site layout,schedule Pg.7- 7.8- Purchase Price and Cost Proposal-material category and process costs 7.8.1 Material Price Index # Pg.8- 7.9-Subcontractor Identification Pg.9- 7.10-Licensure-Copies of required operations licenses f Pgs 10&11-Addendum No. 1 z Pgs 12& 13-Addendum No. 2 -2- t F F t t SOUCITATION NUMBER 12-021 SPECIFICATION NUMBER 11-998-15, 11-998-47,11-998-68,11-998-75,11-998-85 g DATED:FEBRUARY 2012 3 k' '6 7.4 PREVIOUS PERFORMANCE/EXPERIENCE ', s Recycling programs began at CTR in 1999 and have escalated exponentially throughout the course of time as new ideas are deployed. We have joined with the City of Austin's Universal Recycling Ordinance program to learn and offer new ideas, enhance current programs and to educate and encourage recycling throughout the Central Texas region. We supply multiple systems in providing the correct recycling services to our clientele. Each individual account has their own specific needs and recycling services are adjusted accordingly as they progress and increase their demand. Services start with the smaller 96 gallon carts and progress to 3, 4, 6 and 8 cubic yard dumpsters, 20,30 and 40 yard roll-off open-tops and multiple size compactor units. We assisted many entities concerning the most affordable and efficient methods of recycling. An example would be the Round Rock ISD. On an extremely scrutinized budget, CTR incorporated single- g stream recycling at each individual school in the District. Our dedication and commitment to our clients is returned to us through great references from them. f 7.4.1- References-see Attachment A 7.4.2- Attachment A-see attached page i i } Err k I j� {: - I 4 Ralph Rocco General Manager F -3- X s. 4 A fx' 8' f SOLICITATION NUMBER 12-021 SPECIFICATION NUMBER 11-998-15 •11-998-47.11-998-68 •11-998-75.11-998-85 DATED:JANUARY 2012 r { ATTACHMENT A REFERENCE SHEET PLEASE COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE SOLICITATION NUMBER: RESPONDENT'S NAME:en1;TLAj_ DATE: Z Provide the name,address,telephone number and point of contact of at least three(3)firms applicable to Municipal and/or Government projects that have utilized similar service for at least two(2)years. City of Round Rock references are not applicable. References may be checked prior to award. Any negative responses received may result in disqualification of solicitation. 1. Company's Name: C-fOAAL PAf'-(t Name of Contact: h jA-JF_T.; Title of Contact: E-Mail Address: Present Address: City, State,Zip Code: Telephone Number: (�/> ),401— Ski r) Fax Number:( 2. Company's Name: n n IC_dJ�e7 Yt.-�GrC �'S Name of Contact: �xvr2 ,a✓ f:y► Title of Contact: [7r�T2i 3c)Ti.9.�1 �vL'FRd r5v(L E-Mail Address: ch?Crf �jQ A02d�,.,nQ-� K�l'4➢�s v Present Address: w City, State,Zip Code: P7yy,14.1 Telephone Number: q(r-t-C�tt r6 3 Fax Number:$'—/2 )4/,q-6969 3. Company's Name: " LOQ Name of Contact: �tii��, � Title of Contact: tirc iira t_ M c+rnrA E-Mail Address: _ Cr-M "2r..J f3fvu r�1v�t3 t� o2Cr Present Address: —7 3 2.D W ro4 S M I n(cr City,State,Zip Code: Re-o-,/r� Rewa< Telephone Number: Fax Number '12 Zj 7T2_3 FAILURE TO PROVIDE THE REQUIRED INFORMATION WITH THE SOLICITATION RESPONSE MAY AUTOMATICALLY DISQUALIFY THE RESPONSE FROM CONSIDERATION FOR AWARD. 11 of 11 { G SOUCITAT ON NUMBER 12-021 i SPECIFICATION NUMBER 11-998-15, 11-998-47,11-998-68,11-998-75,11-998-85 DATED:FEBRUARY 2012 i E 7.5 AVAILABLE RESOURCES AND CONSULTANT LOCATION l 3 i CTR is located 1 mile south of ABIA airport in southeast Travis County. Established in March of 1981,CTR has grown and expanded with it's sister companies Round Rock Refuse (1990),Cedar Park Disposal(2010) and WILCO Recycling(MRF) in east Williamson County,to one of the largest solid waste and recycling companies in Texas. CTR and Companies consist of over 75 trucks and over 150 committed employees. i i ffgf: b 3 l Ralph Rocco General Manager t: -4- f' I 1 a 4: f: t SOUCITATION NUMBER 12-021 SPECIFICATION NUMBER 11-998-15, ' 11-998-47,11-998-68,11-998-75,11-998-85 DATED:FEBRUARY 2012 t s 7.6 TIMELINE Service schedule shall be within 24 hours of a call-in to dispatchers at CTR. CTR will use the existing equipment on site. F i i. 2 e r. Y 4 i' k t. i V l k Ralph Rocco General Manager -5- F. i SOUCITATION NUMBER 12-021 SPECIFICATION NUMBER 11-998-15, e 11-998-47,11-998-68,11-998-75,11-998-85 DATED:FEBRUARY 2012 7.7 PROJECT DESIGN CTR proposes the existing layout for the aluminum,tin and steel containers, paper, newsprint and plastics#3-V. Please see additional layout on pages 7 &8. k i` 7.7.1 Bid Items Not Applicable (no bid) in our response. Per instructions on PART III SPECIFICATIONS Part 3 (pg 6 of 11). 3.1.Corrugated Cardboard. t 3.2. Plastics 3.2.1.Option#1 3.2.1.1.#1-7 Baled Together r F 3.2.2.Option#2 3.2.2.1.#1 PET Alone 3.2.3.Option#2 3.2.3.1.#2 HDPE Alone E: 3.6.3.Option#3 Scrap metal Appliances 3.6.3.1. Freon and Non-Freon appliances 3.7. Lead/Acid Batteries I 3.8.Steel I 3.9.Copper 3.10.Tires 3.11. Brass z s 4 y, 3 f: 's i l Ralph Rocco General Manager -6- F E: F g q SOLICITATION NUMBER 12-021 SPECIFICATION NUMBER 11-998-15, 11-998-07,11-998-68,11-998-75,11-998-85 DATED:FEBRUARY 2012 7.8 PURCHASE PRICE AND COST PROPOSAL Aluminum Cans • CTR will continue to provide the existing 32 yard self-contained packer unit free of charge. • CTR will either haul the packer receiver on-call to Commercial Metals for$175.00 per haul plus current 19%fuel surcharge or haul the receiver to Wilco Recycling for$155.00 per haul plus 19% " fuel. • Wilco Recycling will pay the high side of Waste and Recycling News currently at.65 per Ib.($1,300.00 per ton). Paper • CTR will continue to provide the existing 42 yard receiving container free of charge. • CTR will either haul the receiver on-call to ACCO off Metric Blvd.for$175.00 per haul plus current 19%fuel surcharge or haul the receiver to Wilco Recycling for$155.00 per haul plus 19% fuel. • Wilco will pay mixed paper Southwest Region high side minus$50.00.Currently$95.00-50.00= $45.00 per ton. f i Newspaper • CTR will continue to provide the existing 42 yard receiver container free of charge. • CTR will either haul the receiver on-call to ACCO off Metric Blvd.for$175.00 per haul plus current 19%fuel surcharge or haul the receiver to Wilco Recycling for$155.00 per haul plus 19%fuel. • Wilco will pay ONP#8 Southwest Region high side minus$40.00.Currently$90.00-40.00= $50.00 per ton. 5 i f } I. Ralph Rocco General Manager -7- } E : SOLICITATION NUMBER 12-021 SPECIFICATION NUMBER 11-998-15, 11-998-47,11-998-68,11-998-75,11-998-85 DATED:FEBRUARY 2012 7.8 cont'd PURCHASE PRICE AND COST PROPOSAL Plastics#3-#7* E • CTR will continue to provide the existing 30 yard roll-off container free of charge. • CTR will either continue to haul the roll-off on-call to ACCO off Metric 6Ivd.for$175.00 plus a current 19%fuel surcharge,or haul the roll-off to Wilco Recycling for$15&00 per haul plus 19% fuel. Unfortunately there is not an index for this commodity.The current price is.05 per Ib.($100.00 per ton)and it will change according to market conditions. E *note:Plastics#3-#7 will have to continue to be placed in the roll-off container. CTR currently does not £. pickup items off the ground k t Tin/Steel Cans • CTR will continue to provide the existing 30 yard roll-off container free of charge. • CTR will haul the roll-off on-call to Commercial Metals for$175.00 plus a current fuel surcharge 4, of 19%per haul. i t k 4 i v' E S z Ralph Rocco f General Manager i 4 l s SOUCITATION NUMBER 12-021 SPECIFICATION NUMBER 11-998-15, 31-998-47,11-998-68,11-998.75,11-998-85 DATED:FEBRUARY 2012 4 7.9 SUBCONTRACTOR IDENTIFICATION • WILCO Recycling 1551 Co. Rd.394 Hutto,TX 78634 888-409-2092 John Rabon A 103 i fr s E E d { 4' y i i G i H fpp yyLYy i i i i t -9- E s i' 4 t i t t F f` z F i I SOLICITATION NUMBER 12-021 SPECIFICATION NUMBER 11-998-15, ' 11-998-47,11-998-68,11-998-75,11-998-85 DATED:FEBRUARY 2012 f S 7.10 LICENSURE is z Central Texas Refuse,Inc.is certified by the Texas State Department of Transportation. 3 • Texas D.O.T.# 47333C f • U.S.D.O.T.#1950129 ; • State Transporter ID#21458 c • Federal Tax ID#74-2158604 i 3 • EPA SIC code#4212 if awarded this bid,CTR will add the City of Round Rock as Additionally Insured on it's policies for Liability and k Workers Comp. i. i I E t I k Ralph Rocco General Manager -10- p, i r -' RQROCK,TEXAS PURPOSE.PASSION_PROSPERITY. f 4 t' CITY OF ROUND ROCK,TEXAS RECYCLABLES COLLECTION AND SALE RFP No. 12-021 Addendum No. 1 Date of Addendum: March 6.2012 Please note the clarification and/or additional information to the solicitation referenced above. E- l 1. Q: Will vendors supply the containers? t A: Vendors shall propose and supply all containers. 2. Q: Will the City consider flatbeds? A: Flatbeds are not acceptable. 3. Q: Will the City assist with loading material? f: A: No. Vendor shall load all material. ' i c 4. Q: How long is the current vendor on site to load bailed plastics? ' A: Approximately 90 minutes. z z 5. Q: Is a roll off container acceptable for plastics? A: Yes. 6. Q: How are tires currently being loaded? What is City's desired loading process for tires? f A: Tires are currently stacked at the site then the vendor loads them. The City seeks to touch the tires t once by placing them in a container in which a vendor can then haul them away. G 7. Q: Is the Vehicle Maintenance scrap metal an additional line item for this solicitation? Y f A: Yes. This steel is in additional to the specification issued on February 17,2012. r° i 8. Q: How often is the Vehicle Maintenance scrap metal hauled off? A: Every two months. S 9. Q: What type of container is desired for the steel at the Waterline Maintenance Facility? ; A: A small roll off container is desired. ' 10. Q: How often is the brass hauled from the Waterline Maintenance Facility? 3' A: Every 6 months. I x f i 11. Q: Can responses be submitted with several proposals? A: Yes. Each must be labeled as such and submitted under separate cover. For example: ABC Recycling Response#1 : ABC Recycling Response#2 y Approved by Joy Baggett Purchaser { t r By the signatures affixed below,Addendum No. 1 is hereby incorporated into and made a part of the above referenced solicitation. ACKNOWLEDGED Z—gN e�fa.4L Vendor Authorized Signature Date t RETURN ONE COPY SIGNED COPY OF THIS ADDENDUM TO THE PURCHASING OFFICE WITH YOUR SEALED i PROPOSAL. FAILURE TO DO SO MAY AUTOMATICALLY DISQUALIFY YOUR RESPONSE FROM k CONSIDERATION FOR AWARD. t S: } Y' E S' i fr i 2 i y. )i 5 'ROUND ROCK,TEXAS §i PURPOSE.PASSION.PROSPERITY. ; r i.. CITY OF ROUND ROCK, TEXAS RECYCLABLES COLLECTION AND SALE F RFP No. 12-021 Addendum No. 2 Date of Addendum: March 8, 2012 Please note the clarification and/or additional information to the solicitation referenced above. c l 1. Due to overwhelming interest in the project, an additional pre-solicitation meeting and site tour is being conducted. If a vendor attended the previous meeting held on February 28, 2012, attendance is optional at this meeting but not mandatory. If a vendor did NOT attend the previous meeting held on February 28, 2012, attendance at this meeting is mandatory. Attendance at each site is required in order to submit a response for that site's material. Date, time and location of the meeting is as follows: { DATE: March 13, 2012 8:00 AM Deepwood Recycling Center 310 Deepwood Drive f. Round Rock, Texas 78664 8:30 AM Vehicle Maintenance Facility 901 Luther Peterson Place Round Rock, Texas 78665 9:00 AM ' Waterline and Wastewater Line Maintenance Facility 910 Luther Peterson Place Round Rock, Texas 78665 9:30 PM Water Treatment Plant 5200 N. IH 35 Round Rock, Texas 78681 2. Response Due Date is being extended to March 20, 2012 at 3:00 pm. All other response instructions remain unchanged. E'. i 9' { f f: x e Approved by Joy Baggett, Purchaser By the signatures affixed below, Addendum No. 2 is hereby incorporated into and made a part of the above referenced solicitation. { F" ACKNOWLEDGED G •' 4 Vendor Authorized Signature Date RETURN ONE COPY SIGNED COPY OF THIS ADDENDUM TO THE PURCHASING OFFICE WITH YOUR SEALED PROPOSAL. FAILURE TO DO SO MAY AUTOMATICALLY DISQUALIFY YOUR RESPONSE FROM CONSIDERATION FOR AWARD. r. F 3 1 gg r S g {zz 3 F 2 k y t k 't i t } 2 k: